Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Kirstie Peffers
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply, Delivery and Commissioning of an X-ray Computed Tomography System
Reference number
UOS-19322-2021
two.1.2) Main CPV code
- 38582000 - X-ray inspection equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
An X-ray Computed Tomography (XCT) system is required to non-destructively and 3-dimensionally characterise Additively Manufactured parts made of metals, polymers or composites.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50421200 - Repair and maintenance services of X-ray equipment
- 38540000 - Machines and apparatus for testing and measuring
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
An X-ray Computed Tomography (XCT) system is required to non-destructively and 3-dimensionally characterise Additively Manufactured parts made of metals, polymers or composites.
The equipment must be capable of detecting voids and grain boundaries within a given specimen and should also be able to measure internal features.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer, either intended as partial replacement of supplies or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 2,000,000.00GBP for the last three years.
4B.5.1- 4B.5.3 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently
awarded contract, the types and levels of insurance indicated below:
The Contractor shall maintain in force with reputable insurers
Employer’s (Compulsory) Liability Insurance = 10mGBP
Public Liability Insurance = 10mGBP
Professional Liability Insurance = 2mGBP
In respect of any one incident and unlimited as to numbers of claims, and adequate insurances covering all the Contractor’s other liabilities
in terms of the Contract.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.
Please provide 3 examples of your experience of supplying an X-ray Computed Tomography System as specified in the Contract Documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 February 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17721. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:640412)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Pl
Glasgow
G5 9TW
Country
United Kingdom